Tamil Nadu Road Development Company Ltd. (TNRDC)

Size: px
Start display at page:

Download "Tamil Nadu Road Development Company Ltd. (TNRDC)"

Transcription

1 Tamil Nadu Road Development Company Ltd. () Southern Port Access Road Widening and Strengthening the Port Access Road (2 lane to 4 lane) with Rigid Pavement from NCTPS Road Junction to Kamarajar Port Ltd Main Gate (km: 0/000 to km: 2/380) in Chennai, Tamil Nadu BID DOCUMENT Section I : Instruction to Bidders Section II : Forms of Bids & Forms of Securities Section III : Conditions of Contract Section IV : Contract Data Section V : Bill of Quantities Section VI : Drawings Section VII : Technical Specifications April, 2018 Tamil Nadu Road Development Company Limited, No.171, II Floor, Tamil Nadu Maritime Board Building, South Kesavaperumal Puram, Pasumpon Muthuramalingam Road, (Near Greenways Road MRTS Station), Raja Annamalai Puram, Chennai Phone: / 3800, Fax: tenders@tnrdc.com Web :

2 Tamil Nadu Road Development Company Ltd. () Southern Port Access Road Widening and Strengthening the Port Access Road (2 lane to 4 lane) with Rigid Pavement from NCTPS Road Junction to Kamarajar Port Ltd Main Gate (km: 0/000 to km: 2/380) in Chennai, Tamil Nadu Schedule of Bidding Process Period of Issue of Tender Document Bid Document Price Last Date and Time for Receipt of Bids 09 th April, 2018 to 16 th May, 2018 Rs 50,000/- DD in Favour of M/s. Tamil Nadu Road Development Company Limited (), payable at Chennai 18 th May, 2018 at Hrs Pre-Bid Meeting 04 th May, 2018 at 15:00 Hrs Bid Opening Date and Time: Technical Bid Opening Financial Bid Opening 18 th May, 2018 at Hrs Date will be intimated to the Technically Qualified bidders later

3 Tamil Nadu Road Development Company Ltd.() Southern Port Access Road Widening and Strengthening the Port Access Road (2 lane to 4 lane) with Rigid Pavement from NCTPS Road Junction to Kamarajar Port Ltd Main Gate (km: 0/000 to km: 2/380) in Chennai, Tamil Nadu CONTENTS of BID DOCUMENTS Invitation for Bids Section I Section II Section III Section IV Section V Section VI Section VII Instruction to Bidders Forms of Bid & Forms of Securities Conditions of Contract Contract Data Bill of Quantities (BoQ) Drawings Technical Specifications

4 INVITATION FOR BIDS Tender No.:/CD/007/2018 Dated Bids are invited by M/s Tamil Nadu Road Development Company Ltd. () on behalf of M/s Kamarajar Port Ltd. for implementation of the following work in Chennai, Tamil Nadu: S. No. 1 Description of Work Southern Port Access Road Widening and strengthening the Port access road (2 lane to 4 lane) with rigid pavement from NCTPS Road Junction to Kamarajar Port Ltd main Gate (km: 0/000 to km: 2/380) in Chennai, Tamil Nadu Indicative value of work inclusive of GST (Rs) EMD / Bid Security Value (Rs) Period of Completion Crores 32,15,000/- 18 Months Bid document can be obtained between hrs and hrs on all working days from 09 th April, 2018 to 16 th May, 2018 at the address for communication mentioned below on payment of Non-refundable fee of Rs.50,000/- (Rupees Fifty Thousand Only) by way of a Demand Draft drawn in favour of M/s.Tamil Nadu Road Development Company Ltd. () payable on any scheduled bank in Chennai. Alternatively, the Bid document can also be downloaded from the website and in such cases, the bidders will be required to pay the non-refundable fee as mentioned above, at the time of submission of Bids. The bids shall be submitted through Two Cover System (Technical and Financial Bids in separate envelopes). Sealed bids should reach at the following address not later than hrs on 18 th May, The Technical Bid will be opened on the same day at hrs in s Corporate Office and the date for opening of Financial Bid will be intimated later. Address for communication Chief General Manager M/s.Tamil Nadu Road Development Company Ltd., No.171, II Floor, Tamil Nadu Maritime Board Building, South Kesavaperumal Puram, Pasumpon Muthuramalingam Road, (Near Greenways Road MRTS Station), Raja Annamalai Puram, Chennai Phone: / 3800, Fax : tenders@tnrdc.com Web :

5 Section I Instructions to Bidders

6 Section I: Instructions to Bidders SECTION 1: INSTRUCTIONS TO BIDDERS A: GENERAL 1. Scope of Bid 1.1 Background (a) (b) M/s Tamil Nadu Road Development Company Ltd. () is promoted by Tamil Nadu Industrial Development Corporation Ltd (TIDCO) and TIDEL Park Ltd. Bids are invited by M/s Tamil Nadu Road Development Company Ltd (), for Southern Port Access Road Widening and Strengthening the Port Access Road (2 lane to 4 lane) with Rigid Pavement from NCTPS Road Junction to Kamarajar Port Ltd Main Gate (km: 0/000 to km: 2/380) in Chennai, Tamil Nadu from independent firms. Bids are invited from Joint Venture firms and consortiums also. The estimated civil cost of the work is Rs Crores. (c) All the Terms and conditions stipulated in this Bid Document and its annexure thereof are applicable to the work The successful bidder will be expected to carry out the work for a period of 18 months from the date of Contract Agreement The execution of the above works is on Item Rate Contract basis. The approximate quantities for items of works to be executed are furnished in the Bill of Quantities (BoQ) - Section- V of the bidding document. 1.2 Scope of works The broad scope of Works to be carried out by the selected bidder includes the following components, but not limited to : Southern Port Access Road Widening and Strengthening the Port Access Road (2 lane to 4 lane) with Rigid Pavement from NCTPS Road Junction to Kamarajar Port Ltd Main Gate (km: 0/000 to km: 2/380) in Chennai, Tamil Nadu Other works and services as may be indicated in the contract The Details of the above work are as follows: S. No. 1 Description of Works Southern Port Access Road Widening and Strengthening the Port Access Road (2 lane to 4 lane) with Rigid Pavement from NCTPS Road Junction to Kamarajar Port Ltd Main Gate (km: 0/000 to km: 2/380) in Chennai, Tamil Nadu Indicative value of work (Rs) EMD / Bid Security Value (Rs) Period of Completion Crores 32,15,000/- 18 Months The Cost of the Bid document for the work is Rs.50,000/- (Rupees Fifty Thousand Only) which is Non-Refundable as indicated in clause 5. EMD should be attached as prescribed in Clause 15.

7 Section I: Instructions to Bidders Any bid not accompanied by the Bid Document duly signed in all pages and its acceptable Cost and EMD, shall be summarily rejected by the Employer as Non- Responsive. 2. Throughout this Bidding document, the term bid and tender and their derivatives (bidder/ tenderer, bid/ tender, bidding/ tendering, etc.) are synonymous. 3. Eligible Bidders 3.1 Qualification of the Bidder To be qualified for award of the contract, bidders shall provide evidence satisfactory to the Employer of their capability and adequacy of resources to carry out the contract effectively. 3.2 Bids shall include the following relevant information & particulars in the prescribed forms attached in Section II: Forms of bid & Forms of securities. (a) Copies of original documents defining the constitution or legal status, place of registration and principal places of business; written Power of Attorney of the signatory of the Bid to commit the bidder; (b) For Joint Venture/Consortium, the bidder shall provide notarised Joint Venture bidding agreement along with requisite Power of Attorney. (c) Total Annual Turnover in the civil works construction business expressed as total of payment certificates for work performed in each for the last five years; (d) Performance as Contractor, on works of a similar nature and complexity over the last five years and details of other work on hand and contractual commitments; (e) Major items of Contractor s equipments proposed for carrying out the contract; (f) The qualifications and experience of key personnel proposed for administration and execution of the contract. (g) Reports on the financial standing of the bidder including profit and loss statements, balance sheets and auditor s reports for the past five years. (h) Authority to seek references from the bidder s bankers; (i) Information regarding any litigation or arbitration resulting from contracts executed by the bidder in the last three years or currently under execution. The information shall include the names of the parties concerned, the disputed amount, cause of litigation, and matter in dispute; (j) Proposal of work methods, in sufficient detail to demonstrate the adequacy of the bidder s proposals to meet the technical specifications and the completion time referred in sub-clause above. (k) Should have adequate labour resources / link with manpower agencies to supply the required labourers and equipment for the work.

8 Section I: Instructions to Bidders (l) The Bidder should have GST Registered No. & ESI or Workmen Compensation Policy and EPF code. However, the Successful bidder has to furnish GST Registered No. & ESI / Workmen Compensation Policy and EPF code subsequent to which payment for the work done will be released. (m) The bidder should remit workmen compensation cess at the rate of 1% on the estimate amount as per notification under sub-section (1) of section 8-A of the Tamil Nadu Manual workers (Regulation of Employment and Conditions of Work) Act, 1982 (Tamil Nadu Act 33 of 1982) the Governor of Tamil Nadu, in supersession of the Labour and Employment Labour and Employment Department Notification No. II (2)/LE/1420(b- 1)/97, published at page 1 of part-ii Section 2 of the Tamil Nadu Government Gazette Extraordinary dated 2 nd July 1997 as contribution to the fund constituted for the benefit of the manual workers under employment in construction or maintenance of dams, bridges, roads or in any building operations under section 3 of the said Act before execution of the Agreement as per the format prescribed in appendix Bidders shall not be under a declaration of ineligibility or blacklisted for corrupt and fraudulent practices or poor quality/ delayed implementation of any work by the Government of India (GoI), Government of Tamil Nadu (GoTN), other State Governments or any other agencies and/ or Statutory Authorities. 4. Qualification Criteria and Information The Qualification will be based on the bidder / joint venture /Lead Partners of consortiums who meets the following criteria with respect to general and particular experience, financial position, personnel, and equipment capabilities and other relevant information as given by the applicant in the required format. The following criteria must be fulfilled by the Bidder / joint venture / Lead Partners of consortiums and the same shall be duly certified by auditors/ clients, as applicable. The Bidder / joint venture /Lead Partners of consortiums shall note that the criteria set out hereunder shall be satisfied by the Bidder. 4.1 Experience and Turn Over The bidder shall provide documentary evidence of having been actively engaged in the civil works of similar nature during the last five years in the role of contractor. 4.2 Particular Construction Experience The bidder / joint venture / Lead Partners of consortiums shall provide evidence that the firm has successfully completed or substantially completed during last five years (year , , , & ) a single civil work contract of similar nature for a minimum value of Rs Crore In the case of Joint venture, the members of the Consortium shall nominate one member as the lead member (the Lead Member ), who shall have an equity share holding of at least 26% (twenty six per cent) of the paid up and subscribed equity of the SPV; shall have Technical Capacity of atleast 26% (twenty six per cent) of the Threshold Technical Capacity. The nomination(s) shall be supported by a Power of Attorney, as per the format in section -II, signed by all the other members of the Consortium. This experience in similar nature of work should also include the following minimum quantities of works completed in one year during the last five years.

9 Section I: Instructions to Bidders The important /major items involved in the work which warrants prequalification, may be prescribed, as deems fit. S.No. Name of the Item Quantity Unit Earthwork embankment, subgrade, earthern shoulder GSB WMM DBM BC Cement Concrete cum 4300 cum 367 cum 350 cum 65 cum 8850 cum The bidder will indicate the details of work executed project wise in a summary sheet separately. The Contractor should have sufficient tools and Plants to complete this work. v. The Contractor should have required bid capacity to execute this work ESCALATION The following enhancement factors shall be used for the costs of works executed and the financial figures to a common base value for works completed in India. Multiplying factor Current Year 1 Year Rate of inflation Year Year Year Year The application will indicate actual figures of costs and amounts in the schedule without accounting for the above-mentioned factors.

10 Section I: Instructions to Bidders Note: Current year means the year assessment year (i.e.). The completed year immediately preceding the date month and year in which notice inviting tenders for prequalification is published. 4.3 Turn Over The bidder / joint venture / Lead Partners of consortiums shall have generated a minimum Annual Average Project Related Civil work Turnover of Rs Crores during the last 5 years commencing from the year , , , & Personnel Capabilities The bidder shall supply general information on the management structure of the firm and shall make provision for suitably qualified personnel required for the work The Minimum requirement of the Personnel for the project is as follows: S. No Designation Educational Qualification Professional experience in similar capacity 1 Bridge Engineer Degree in Civil Engineering 05 Years 2 Field Engineer - Bridges Diploma in Civil Engineering 03 Years 3 Quantity Surveyor Diploma in Civil Engineering 05 Years 4 Material Engineer B.E Degree Holder in Civil Engineering 05 Years The Bidder shall furnish satisfactory proof of evidence stating the qualification and experience of the above mentioned Key Personnel. All other necessary inputs of man power such as support staffs, field technical staffs, office staffs other than the above mentioned, as deemed necessary, shall be provided by the bidder within the quoted amount to ensure that the entire work is completed in accordance with the conditions stipulated in the Bid document. In case of non deployment of the above personnel on the part of the contractor, a penalty of Rs.20,000/- per month for the Diploma holder and Rs.30,000/- per month for the Degree holder shall be levied based on the norms for the value of this contract. The Bidder should have GST Reg No., ESI / Workmen Compensation Policy and EPF code. The Bids submitted by the firms without ESI / Workmen Compensation Policy and EPF code, shall be declared Non-Responsive. However, the Successful bidder has to furnish ESI / Workmen Compensation Policy and EPF code subsequent to which payment for the work done will be released.

11 Section I: Instructions to Bidders 4.5 Equipment Capabilities The bidder should own or should have assured ownership to the key items of equipment (as per Annexure 1), in full working order, and must demonstrate that based on known commitment, they will be available for use in the proposed contract. 4.6 Financial Capabilities The bidder should demonstrate that he has access to, or has available liquid assets (working capital, cash in hand) and / or credit facilities of not less than 10% of the contract applied for the construction, cash-flow may be taken as 10% of the estimated value of contract as Rs.3.21 Crores The audited balance sheet for the last five years should be submitted which must demonstrate the soundness of the bidders financial position, showing long-term profitability including an estimated financial projection for the next two years. Where necessary the Employer will make inquiries with the bidder s bankers BID CAPACITY The bidder who meet the minimum qualification criteria will be qualified only if their available bid capacity at the expected time of bidding is more than the total estimated cost of the works. The available bid capacity will be calculated as under : Assessed available bid capacity = (A x N x 2-B) Where A is Maximum value of construction works executed in any one year during the last five years (updated to the current price level) rate of inflation may be taken as 06% per year which will take into account the completed as well as works in progress. B is Value at current price level of the existing commitments and ongoing works to be completed during the next ensuing months (period of completion of works for which bids are invited), and N is Number of years prescribed for completion of the works for which the bids are invited, Even though the Bidders meet the above criteria, they are subject to be disqualified if they have : Made misleading or false representation in the form, statements and attachment submitted, and/or Records of poor performance such as abandoning the work, rescinding of contract for which the reasons are attributable to the non-performance of the contractor, consistent history of litigation awarded against the bidder or financial failure due to bankruptcy. NOTE: Copies of the documentary evidence to be furnished in support of the pre-qualification requirements should be submitted with due attestation by the competent authority. The tenderers should furnish the original documents when called for at the time of tender evaluation to verify the copies of documentary evidence furnished along with the prequalification documents

12 Section I: Instructions to Bidders The audited balance sheet /profit and loss account etc., to be furnished by the tenderer should be properly endorsed by the auditors as verified with reference to the particulars furnished by the individual and found to be correct CHECK LIST FOR INFORMATION TO BE FURNISHED The documents submitted by the Bidders should be properly indexed. All pages shall be numbered and an Index sheet added in the beginning of Bidding Documents. Current bid capacity should be worked out by the Bidder in accordance with Para above and furnished in Application Form (1I). All documents in support of the figures used in working out the Bid Capacity should be attached along with. The five-year period to be used in working out bid capacity and the factors for indexing shall be as below. A duly filled up check list shall be enclosed as per the proforma given below. This shall be added to the index sheet Name of the Document Whether submitte d Y/N If yes, Refer Page No. If No, Give Reasons Audited financial statements consisting of profit and loss statements, balance sheets and details about turnover from Civil Engineering works for preceding five years. Extent of access to bank loans or credit facilities with ceiling limits, if any, prescribed in this regard and certified by the banker themselves. Details of current work in progress including value of current outstanding payables, etc. Certificates from competent authority Provisional program for completion of various activities Application from (1) to (10) Calculation for current bid capacity Latest Income tax Clearance Certificate Power of attorney / Authorization for Persons signing the Tender For Signing the Tender For Partner in- charge Summary of quantities of work executed project wise

13 Section I: Instructions to Bidders NOTE The Language in which the contract will be executed and operated will be in English and the law governing the contract will be the Indian Law GENERAL The intending tenderers are requested to go through the Bid documents regarding the instructions to bidders, general conditions of contract, special conditions of contract for Technical specification, boq, contract data, form of bid and bid security, further security of quantities, drawings etc., Pre-Qualification questionnaire complete in all respects should be submitted with tenders in a separate covers, along with EMD in prescribed format. No costs incurred by the contractors in making their offers in providing clarification or attending discussions, conferences (or) site visits will be, reimbursed by Employer or the Engineer Incomplete offers are liable to be rejected. The language for submissions of the bid should be in English. The enclosed schedules should be filled in completely and all questions should be answered if a particular query is not relevant, it should be state as Not applicable. Financial data, Project costs, Value of work etc. should be given in Indian Rupees only. For any clarification the CGM / may be contacted on all working day at working hours. If the application is made by a firm in partnership of the firm, their full names and current addresses or by a partner holding the power of attorney for the firm by signing the application in which case a certified copy of the power of attorney shall accompany the application. A certified copy of the partnership deed, current address of the firm and the full names, and current addresses of all the partners of the firm shall also accompany the application. If the application is made by a limited company or a limited corporation it shall be signed by a duly authorized person holding the power of attorney for signing the application in which case a certified copy of the power of attorney shall accompany the application. Such limited company or corporation will be required to furnish satisfactory evidence of its existence before the contract is awarded. To be eligible for award of contract bid document shall provide evidence satisfactory to the employer, not withstanding any previously conducted pre-qualification of potential bidders of their capability and adequacy of resources effectively to carry out subject contract. To this end all bid submitted shall include the following information. a) Copies of the original document defining the constitution of legal status and principal places of business of the company firm or partnership thereto constituting tenderer.

14 Section I: Instructions to Bidders Major items of construction equipments for carrying out the contract in format prescribed in Annexure I. The bidders shall furnish the registration number, Engine number and make number of tools and plants to be employed exclusively for this work. The qualification and experience of key personnel proposed for work, status and execution of the contract both in and off site, in the format prescribed in Annexure II A & B. The reports of the financial status under including profit and loss statement, balance sheet and auditor report for the past 5 years an estimated financial projection for the next two years and an authority from the tenderer to seek reference from their Banker should be furnished. Information, regarding any current Litigation in which the tenderer involved. The information furnished must be sufficient to show that the Bidder is capable in all respects to successfully complete the envisaged contract works strictly on the basis of the Bidder having already earlier carried out satisfactorily work similar size nature and complexity. All recipients of pre-qualification documents (whether they submit pre qualification bid or not) should treat the documents as strictly confidential. The Bidder is expected to have visited the project site before submitting bid. While submitting the schedules duly filled in the Bidder shall enclose copies of brochures and technical documentation giving more information about the firm and all members of the consortium. For the purpose of tender evaluation a substantially responsive tender is one which confirms pre-qualification particulars. If the tender is not substantially responsive to the requirement of the pre-qualification particulars and it will be rejected by the employer and may not subsequently be made responsive by the tenderer having given additional particulars 4.7 Litigation History The bidder as on date should not have been debarred from taking up any civil construction works and shall not be under a declaration of ineligibility for corrupt and fraudulent practices by the Government of India, Government of Tamil Nadu or any other agency. The bidder should provide accurate information about any litigation or arbitration resulting from contracts completed or ongoing under its execution over the last three years. A consistent history of awards against the bidder will result in rejection of the bid. Suppression of any information or material in this regard would be construed as a fundamental breach and reserves its right to take appropriate action including cancellation of the bid, forfeiting of bid security etc., as may be deemed fit by at any time without requiring to give any notice to the applicant in this regard. 4.8 Deleted

15 Section I: Instructions to Bidders 4.9 Construction Programme The Bidder shall submit details of proposed construction programme regarding work methodology including preliminary Environment Management Plan, Traffic Management Plan and Resource Management Plan. The Bidder shall, pay special attention and concentrate on the following issues wherever mentioned throughout bid document and propose the construction programme accordingly: i) Test inspection and rejection of defective materials on work. ii) Carriage iii) Construction Plant iv) Water and Lighting v) Cleaning up during progress and for delivery vi) Accidents vii) Delays viii) Particulars of Payment 5. Cost of Bid document The cost of bid document is Rs.50,000/- (Rupees Fifty Thousand Only) which is Non-Refundable as indicated in the Invitation for Bids. Any bid not accompanied by the acceptable bid document duly signed in all pages and its cost will be rejected by the employer as Non-Responsive. The bidder shall bear all costs associated with the preparation and submission of his Bid, and the Employer will in no case be responsible and liable for such costs, regardless of the conduct or outcome of the tendering process. 6. Site Visit The Bidder shall, prior to submission of the Bid for the work, at his own expense, responsibility and risk, is encouraged to visit and examine the Site of Works and its surroundings and obtain all information that may be necessary for preparing the Bid and entering into a contract for construction of the works. 7. Contents of the Bid Document B. BIDDING DOCUMENT The contents of the Bid documents are given in the succeeding paragraphs 7.1 The Bidding Document comprises the documents listed below and should be read in conjunction with any addenda issued in accordance with Clause 9 (a) Section I Instructions to Bidders (b) Section II Forms of Bid and Forms of Securities (c) Section III Conditions of Contract (d) Section IV Contract Data (e) Section V Bill of Quantities (BoQ) (f ) Section VI Drawings (g) Section VII Technical Specifications

16 Section I: Instructions to Bidders 7.2 The Bidder is expected to examine carefully all instructions, qualification information, forms, Conditions of Contract, Contract Data, Technical specifications, forms, BoQ, and Drawings in the Bid Document. Failure to comply with the requirements of Bid Document shall be at Bidder s own risk. Pursuant to Clause 25.2, bids, which are not substantially responsive to the requirements of the Bid Document, will be rejected. 8. Clarification of Bidding Document 8.1 Pre Bid Meeting;- Pre-Bid Meeting shall be held at s Corporate Office on 04 th May, 2018 at 15:00 hrs. Bidders wanting to have their queries answered in Pre-Bid Conference or bidders wanting any other clarifications should send their queries on or before 30 th April, A Prospective bidder requiring any clarification on the bidding documents may notify the Employer in writing or by cable (hereinafter the term "cable" is deemed to include telex and facsimile) at the Employer's address mentioned below. The Employer will respond to any request for clarification on or before 04th May, 2018 up to Hrs. The Address for requesting clarification is: Chief General Manager M/s.Tamil Nadu Road Development Company Limited, 171, 2 nd Floor, Tamil Nadu Maritime Board Building, South Kesavaperumal Puram, Pasumpon Muthuramalingam Road (Greenways Road), Raja Annamalai Puram, Chennai Only those parties who have purchased the Bid document shall be allowed to participate in the Pre-Bid conference. Applicants who have downloaded the Bid document from s website ( should submit a non-refundable Demand Draft of Rs.50,000/- (Rupees Fifty Thousand Only) drawn in favour of M/s. Tamil Nadu Road Development Company Ltd, payable at any scheduled bank in Chennai, towards the cost of Bid Document, through their representative attending the Pre Bid conference. A maximum of two representatives of each Bidder shall be allowed to participate on production of authorisation letter from the Bidder. The bidder who have neither purchased the document nor produced the document cost at the time of Pre Bid meeting will not be allowed to participate. It is the bidder s responsibility (For those who download the bid Document from the website) to keep track of the website specified in the NIT for Response to Pre Bid Queries and/or any addendum. The Response to Pre Bid Queries and/or any Addendum shall form part of this Bid document. The purpose of the meeting will be to clarify issues and to answer questions on any matter regarding the work that may be raised on or before the date of pre-bid meeting.

17 Section I: Instructions to Bidders 9. Amendment of Bidding Document 9.1 Before the deadline for submission of bids, the Employer may modify the bidding documents by issuing addenda. 9.2 Any addendum thus issued shall form part of the bidding documents and shall be communicated to all the purchasers of the bidding documents and it will also be uploaded in the website. It is the bidder s responsibility (for those who download from the website) to keep track of the website specified in the NIT for any addendum. The addendum of the bidding document will not be notified in the newspaper. Prospective bidders shall acknowledge receipt of each addendum by post or fax or to the Employer. 9.3 To give prospective bidders reasonable time in which to take an addendum into account in preparing their bids, the Employer may, at his discretion, extend the deadline for submission of bids, in accordance with Sub-Clause Language of the Bid C. PREPARATION OF BIDS 10.1 The bid, and all correspondence and document related to the bid exchanged between the Bidder and the Employer shall be written in English language. The Bidders shall submit separate, sealed envelopes comprising of Technical Bid and Financial Bid as detailed in clause 11 below. 11. Documents Comprising the Bid 11.1 The bid shall be prepared and complete in accordance with the provisions of the Bid Document and shall be submitted by the bidder in a duly sealed and signed manner as appropriate. It shall comprise the following: (a) TECHNICAL BID (Envelope No.1) : (i) Bidder s qualification and other information and supporting documents of Clause 4 as per the formats given in Section-II of Bid Document (ii) Earnest Money Deposit (EMD) as per Clause 15.1 (iii) Bid Document and its cost as per Clause 5 The Technical Bid must not include any details of Financial Bid and the Financial Bid must not include any details of Technical Bid. (b) FINANCIAL BID (Envelope No.2) : (i) Letter of Financial Bid as per the format given in Section-II of Bid Document, and (ii) Bill of Quantities as given in Section-V of Bid Document The BID must be in a bound form with pages numbered serially and by giving an index of submissions. The forms and schedules given in Section-II, and Section-V shall be filled in without exception and without any variation, both in respect of form and contents. Any bid not bound and if submitted in loose papers shall be summarily rejected.

18 Section I: Instructions to Bidders 11.3 All the addenda issued should be properly incorporated. Failure to do so may result in the bid being rejected. 12. Bid Prices 12.1 Unless stated otherwise in the bidding documents, the contract shall be for the whole work or parts thereof as described in Sub-Clause 1, based on the quoted rates in Bill of Quantities submitted by the Bidder The bidder shall fill in rates and prices on unit basis (both in figures and words) for all items of the works described in the Bill of Quantities along with total bid price (both in figures and words). Items for which no rate or price is entered by the bidder will not be paid for by the Employer when executed and shall be deemed covered by the other rates and prices in the Bill of Quantities. Corrections, if any, shall be made by crossing out, initialling, dating and rewriting All duties, taxes (including GST), fees, tolls, royalties, cess and octroi, insurance, contribution to labour welfare fund, EPF and other levies payable by the contractor under the contract, or for any other cause shall be included in the rates, prices and total Bid Price submitted by the Bidder The rates and prices quoted by the Bidder shall be fixed for the duration of the Contract and shall not be subject to adjustment on any account. 13 Currencies of Bid and Payment The unit rates and the prices shall be quoted by the bidder entirely in Indian Rupees only. All payments shall be paid in Indian Rupees only. 14 Bid Validity 14.1 Bids shall remain valid for a period of 180 days (One Hundred and Eighty days) after the deadline date for Bids as specified in Clause 19. A bid valid for a shorter period shall be rejected by the Employer as Non-Responsive In exceptional circumstances, prior to expiry of the original time limit, the Employer may request the bidders to extend the period of validity for a specified additional period. The request and the bidder s responses shall be made in writing or by cable. A bidder may refuse the request without forfeiting his bid security. A bidder agreeing to the request will not be required or permitted to modify his bid, but will be required to extend the validity of his bid security for the period of the extension, and in compliance 19.2 in all respects. 15 Earnest Money Deposit (EMD) 15.1 The proposals duly filled in the required format must reach the Office of, No.171, II Floor, Tamil Nadu Maritime Board Building, South Kesavaperumal Puram, Pasumpon Muthuramalingam Road, (Near Greenways Road MRTS Station), Raja Annamalai Puram, Chennai on or before hrs, on 18 th May, 2018 along with EMD/ Bid Security for an amount of Rs.32,15,000/- in one of the following forms:

19 Section I: Instructions to Bidders i) Form of Demand Draft drawn in favour of M/s. Tamil Nadu Road Development Company Ltd, as indicated in the bid document. ii) iii) Bank Guarantee from any Nationalised Indian Bank / Scheduled Bank approved by the RBI. The Bank Guarantees issued, as surety for the bid shall be valid for 28 days beyond the validity of the bid Any bid not accompanied by the acceptable EMD shall be rejected by the Employer as Non- Responsive. 16 Deleted. 17 Format and Signing of Bid 17.1 Only relevant supporting documents shall be submitted along with the Bid, Documents furnishing additional information other than that is required as per Bid Document, if any, shall be submitted separately under separate heading, which may not be considered for evaluation The entire Bid including covering letter and supporting documents shall be duly page numbered and shall contain a detailed table of contents with page references The person or persons signing the Bids shall initial all pages of the Bids The Bid shall be typed or written in indelible ink and shall be signed by a person or persons duly authorized to sign on behalf of the Bidder. All pages of the bid where entries or amendments have been made shall be initialled by the person or persons signing the bid The Bid shall contain no alterations or additions, except those to comply with instructions issued by the Employer, or as necessary to correct errors made by the bidder, in which case such corrections shall be initialled by the person or persons signing the bid The Bidder shall furnish information as described in the Form of Bid and Qualification on commissions or gratuities, if any, paid or to be paid to agents, and to contract execution if the Bidder is awarded the contract All witnesses and sureties shall be persons of status and probity and their full names, occupation and addresses shall be printed below their dated signatures. 18 Sealing and Marking of Bids D. SUBMISSION OF BIDS 18.1 The Bidder shall submit Technical Bid and Financial Bid in two separate envelopes, securely sealed. These envelopes shall be clearly marked on top as TECHNICAL BID" and FINANCIAL BID as appropriate. The Technical Bid and Financial Bid in two separate envelopes so sealed and marked shall then be put into an Outer Envelope duly sealed The Inner and Outer envelopes shall (a) be addressed to the Employer at the following address:

20 Section I: Instructions to Bidders (b) Chief General Manager M/s Tamil Nadu Road Development Company Ltd. 171, 2 nd Floor TNMB Building, South Kesavaperumalpuram, Pasumpon Muthuramalingam Road, (Near Greenways Road MRTS Station) Raja Annamalaipuram, Chennai And bear the following identification: Bid for Southern Port Access Road Widening and Strengthening the Port Access Road (2 lane to 4 lane) with Rigid Pavement from NCTPS Road Junction to Kamarajar Port Ltd Main Gate (km: 0/000 to km: 2/380) in Chennai, Tamil Nadu 18.3 In addition to the identification mentioned above, the inner and outer envelopes shall indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared late, pursuant to Clause If the envelopes are not sealed and marked as above, the Employer will assume no responsibility for misplacement or premature opening of the bid and the bid will be rejected on the grounds of Not Substantially Responsive. 19 Deadline for Submission of the Bids 19.1 Bids must be received by the Employer at the address specified above not later than Hours on 18 th May, In the event of the specified date for the submission of bids declared a holiday for the Employer, the Bids will be received up to the appointed time on the next working day The Employer may extend the deadline for submission of bids by issuing an amendment in accordance with Clause 9, in which case all rights and obligations of the Employer and the bidders previously subject to the original deadline will then be subject to the new deadline. 20 Late Submission of Bids Any Bid received by the Employer after the deadline prescribed in Clause 19 will be returned unopened to the bidder. 21 Deleted 22 Bid Opening E. BID OPENING AND EVALUATION 22.1 The Employer will open all the Bids received (except those received late), pursuant to Clause 19, in the presence of the Bidders or their Authorised Representatives with Authorisation Letter from the firm to attend the Bid opening who choose to be present at 15:30 Hrs on 18 th May, 2018 at the office of the, RA Puram, Chennai In the event of the specified date of Bid opening being declared a holiday, the Bids will be opened at the appointed time and location on the next working day by the employer Deleted

21 Section I: Instructions to Bidders 22.4 After opening of the outer envelope containing the Bid, its contents shall be examined for compliance in pursuant to Clause 18.1.Bids found not complying are liable to be rejected without further examination. The contents of envelope titled TECHNICAL BID will be opened first and its contents shall be scrutinised as per requirements of Bid document for initial responsiveness. Only for the Bidders, whose Technical Bid contains the requisite Bid Document Cost, acceptable EMD / Bid security and the Technical Bid along with the Bid document and if found in order and evaluated as substantially responsive, the envelope titled FINANCIAL BID shall be opened. may notify those bidders whose bids were not considered as per conditions of the bid document and will return their Financial Bid unopened along with the EMD. shall simultaneously notify the technically qualified bidders indicating the date and time set for opening of the Financial Bid. The financial bid will be opened at the same address as specified in Clause 18.2 in the presence of Bidders or their authorized representatives with Authorisation letter from the firm to attend the financial bid opening who choose to be present. The Tender scrutiny Committee will determine whether the submitted Financial bid is complete i.e. whether they have included cost of all items; if not, then the cost towards such missing items will be considered as NIL, but, the bidder shall, however, be required to carry out such obligations without any additional compensation. In case under such circumstances, if feels that the work cannot be carried out within the overall cost as per the submitted financial bid, such bid shall be considered Non - Responsive The Bidder s names, the Bid Prices, the total amount of each bid, any discounts, and such other details as the Employer may consider appropriate, will be announced and recorded by the Employer at the time of opening. No bid shall be rejected at the time of Bid opening except for late bids pursuant to Clause 20 and conditional bids. Bids that are not opened and read out at Bid opening will not be considered for further evaluation regardless of the circumstances. Late bids will be returned unopened to Bidders along with the EMD submitted by them. 23 Process to be Confidential Information relating to the examination, clarification, evaluation, and comparison of Bids and recommendations for the award of a contract shall not be disclosed to Bidders or any other persons not officially concerned with such process until the award to the successful Bidder has been announced. Any effort by a Bidder to influence the Employer's processing of Bids or award decisions may result in the rejection of his Bid. 24 Clarification of Bids 24.1 To assist in the examination, evaluation, and comparison of Bids, the Employer may, at his discretion, ask any Bidder for clarification of his Bid, including breakdowns of the unit rates. The request for clarification and the response shall be in writing or by cable, but no change in the price or substance of the Bid shall be sought, offered, or permitted except as required to confirm the correction of arithmetic errors discovered by the Employer in the evaluation of the Bids in accordance with Clause 27. Provided however, the employer shall seek the rectification of price with the bidder who quoted lowest in total;

22 Section I: Instructions to Bidders 24.2 Subject to sub-clause 24.1, no Bidder shall contact the Employer/ its representatives on any matter relating to its bid from the time of the bid opening to the time the contract is awarded Any effort by the Bidder to influence the Employer in the Employer's bid evaluation, bid comparison or contract award decisions may result in the rejection of the Bidder s bid. 25 Preliminary Examination of Bids and Determination of Responsiveness 25.1 Prior to the detailed evaluation of Bids, the Employer will determine whether each Bid (a) has been properly signed; (b) is accompanied by the required securities and; (c) is substantially responsive to the requirements of the Bidding documents pursuant to Clause 22.4; and (d) provides any clarification and/ or substantiation that the Employer may require pursuant to Clause A substantially responsive Bid is one, which conforms to all the terms, conditions, and specifications of the Bidding documents, without material deviation or reservation. A material deviation or reservation is one (a) which affects in any substantial way the scope, quality, or performance of the Works; (b) which limits in any substantial way, inconsistent with the Bidding documents, the Employer's rights or the Bidder's obligations under the Contract; (c) not confirming to the requirement at Clause 18 or (d) whose rectification would affect unfairly the competitive position of other Bidders presenting substantially responsive Bids If a Bid is not substantially responsive, it will be rejected by the Employer, and may not subsequently be made responsive by correction of the non-conforming deviation or reservation. 26 Correction of Errors 26.1 Bids determined to be substantially responsive will be checked by the Employer for any arithmetic errors. Errors will be corrected by the Employer, where there is a discrepancy between the unit rates in figures and in words, the lesser of the two will prevail The amount stated in the Bid will be adjusted by the Employer in accordance with the above procedure for the correction of errors and, with the concurrence of the Bidder, shall be considered as binding upon the Bidder. If the Bidder does not accept the corrected amount the Bid, will be rejected, and the Bid security may be forfeited in accordance with Sub-Clause Evaluation and Comparison of Bids 27.1 The Employer will evaluate and compare only the Bids determined to be substantially responsive in accordance with Clause In evaluating the Bids, the Employer will determine for each Bid, the evaluated Bid Price by adjusting the Bid Price as follows: (a) Making any correction for errors pursuant to Clause 26;

23 Section I: Instructions to Bidders (b) Excluding Provisional Sums and the provision, if any, for contingencies in the Summary Bill of Quantities; 27.3 Towards evaluation, the employer will take into account the adjusted Bid Price for construction/ improvement works arrive at the lowest evaluated rate of bid The Employer reserves the right to accept or reject any variation, deviation, or alternative offer and other factors which are in excess of the requirements of the Bidding document or otherwise result in the accrual of unsolicited benefits to the Employer shall not be taken into account in Bid evaluation If the Bid of the successful Bidder is seriously unbalanced in relation to or substantially below the Employer s estimate of the cost of work to be performed under the contract, the Employer may require the Bidder to produce detailed price analysis for any or all items of the Bill of Quantities, to demonstrate the internal consistency of those prices with the construction methods and schedule proposed. After evaluation of the price analysis, the Employer may require that the amount of the performance security set forth in Clause 31 be increased at the expense of the successful Bidder to a level sufficient to protect the Employer against financial loss in the event of default of the successful Bidder under the Contract. F. AWARD OF CONTRACT 28 Award Criteria Subject to Clause 27, the Employer will award the Contract to the Bidder whose Bid has been determined to be substantially responsive to the Bidding documents and whose bids are evaluated to be the lowest, provided that such Bidder has been determined to be eligible and qualifying in accordance with the provisions of Clause1, 3 and 4. Prior to the expiration period of validity of proposal, shall notify the successful firm who submitted the lowest bid in writing by registered letter of facsimile and may either issue LOA if negotiations are not required or may invite it to negotiate the contract price. If the lowest bidder is not responding for further negotiations, the Employer reserves the right to negotiate with any of the eligible bidders who is willing to offer a negotiated and reasonable rate. Awarding the work to bidders or summarily rejecting all the bids or to annul the bid process at any stage shall be the sole discretion of, based on the capability of the Bidders. Employer reserves the right to appoint other contractor/contractors for Southern Port Access Road Widening and Strengthening the Port Access Road (2 lane to 4 lane) with Rigid Pavement from NCTPS Road Junction to Kamarajar Port Ltd Main Gate (km: 0/000 to km: 2/380) in Chennai, Tamil Nadu or part of this work/contract and any other works that the Employer may decide. 29 Employer's Right to accept any Bid and to reject any or all Bids 29.1 Notwithstanding Clause 28, the Employer reserves the right to accept or reject any Bid, and to annul the Bidding process and reject all Bids, at any time prior to the award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any

24 Section I: Instructions to Bidders obligation to inform the affected Bidder or Bidders of the grounds for the Employer's action. 30. Notification of Award 30.1 The Bidder whose Bid has been accepted will be notified of the award by the Employer prior to expiration of the Bid validity period by cable, telex or facsimile confirmed by registered letter. This letter (hereinafter and in the Conditions of Contract called the "Letter of Acceptance") will state the sum that the Employer will pay the Contractor in consideration of the execution, completion, and maintenance of the Works by the Contractor as prescribed by the Contract (hereinafter and in the Contract called the "Contract Price"). 31 Performance Security 31.1 Within 21 days of receipt of the Letter of Award, the successful Bidder shall deliver to the a. Employer a Performance Security in the form of a bank guarantee from Nationalised Bank/ Scheduled Bank acceptable to the Employer in the form as given in Section 2 for an amount equivalent to 2% of the contract price in accordance with Clause 27.5 and Clause 48 of Conditions of Contract. The Performance Security for works shall be valid for a period of 55 Months from the date of Bank Guarantee or 1 month beyond the Defect Liability period whichever is later with a claim period of 03 months. The bidder should maintain the facility in acceptable condition as stipulated in the Bid document Failure of the successful bidder to comply with the requirements of Clause 31.1 shall constitute a breach of contract, cause for annulment of the award, forfeiture of the bid security, and any such other remedy the Employer may take under the contract Retention Money In each, Interim Payment Certificate 5% of value of work executed during each bill period will be withheld and the withheld amount will be refunded to the Contractor along with the Final Bill /Taking over certificate. The maximum amount of Retention money to be with held is restricted up to 5% of the contract value. 32 Signing of Agreement 32.1 At the same time, the employer notifies to the successful Bidder that his Bid has been accepted, and the Employer will direct him to attend the Employer s office on a date determined by the Employer for signing the Contract Agreement as per the format provided in the Bidding Document incorporating all the agreements between the parties. The signing of the Contract Agreement shall take place only after the furnishing of the requisite performance security by the selected Bidder as per Clause The Agreement will incorporate all agreements / correspondences between the Employer and the successful Bidder. It will be kept ready for signature of the successful bidder in the office of employer within 21 days following the acceptance of the Letter of Award by the successful bidder; the successful Bidder will sign the Agreement upon furnishing of the requisite performance security and deliver it to the Employer Upon furnishing of the Performance Security and signing of the Contract Agreement by the successful Bidder, the Employer will promptly notify the other Bidders that their Bids have been unsuccessful and refund the Bid Security.

Tamil Nadu Road Development Company Ltd.

Tamil Nadu Road Development Company Ltd. Tamil Nadu Road Development Company Ltd. (TNRDC) Widening of East Coast Road (ECR) from Double Lane into Four Lane from KM 22/300 to KM 55/800, Including Improvement to Curved Stretches 13 Nos & Junctions-7

More information

Proposed Building and Civil Engineering Workshops for Machakos University College - Phase II

Proposed Building and Civil Engineering Workshops for Machakos University College - Phase II MACHAKOS UNIVERSITY COLLEGE ISO 9001:2008 Certified (A Constituent College of Kenyatta University TENDER DOCUMENT FOR THE PROPOSED CONSTRUCTION AND COMPLETION OF BUILDING AND CIVIL ENGINEERING WORKSHOPS

More information

Tender No GSO/CED/CE/TR - 410/2011

Tender No GSO/CED/CE/TR - 410/2011 Government of India Department of Atomic Energy General Services Organisation Civil Engineering Division Tender No GSO/CED/CE/TR - 410/2011 Sealed item rate tenders in TWO Parts in the prescribed forms

More information

Disable friendly Washrooms at hostel blocks (A & E)

Disable friendly Washrooms at hostel blocks (A & E) Telephone: 080-26993580 080-26993360 Fax:080- :26584050 Email: anil.sj@iimb.ernet.in : shivakumar.k@iimb.ernet.in TENDER NOTICE: 16 th February 2015 E.M.D (Rs.) TO BE SUBMITTED ALONG WITH TENDER Tender

More information

MINISTRY OF TRANSPORT, ROADS, PUBLIC WORKS AND HOUSING

MINISTRY OF TRANSPORT, ROADS, PUBLIC WORKS AND HOUSING COUNTY GOVERNMENT OF MACHAKOS MINISTRY OF TRANSPORT, ROADS, PUBLIC WORKS AND HOUSING PROPOSED CONSTRUCTION OF COUNTY GOVERNMENT OFFICES AT MATUU-MACHAKOS COUNTY TENDER DOCUMENTS QUANTITY SURVEYOR PUBLIC

More information

Ref.No.Q027/M(P)/OSELT-30MG/TNMSC/2016 Date : INVITATION OF LIMITED TENDER FOR THE SUPPLY OF OSELTAMIVIR CAPSULE IP - 30MG TO THE TNMSC

Ref.No.Q027/M(P)/OSELT-30MG/TNMSC/2016 Date : INVITATION OF LIMITED TENDER FOR THE SUPPLY OF OSELTAMIVIR CAPSULE IP - 30MG TO THE TNMSC TAMILNADU MEDICAL SERVICES CORPORATION LIMITED (A Government of Tamilnadu Undertaking) 417, Pantheon Road, Egmore, Chennai 600 008. Phone: 044-2819 1890, 2819 0259/ Fax: 044-2819 0636 Website: www.tnmsc.com

More information

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS AT ELELEA SUBCOUNTY HOSPITAL IN ELELEA WARD, TURKANA COUNTY BILLS OF QUANTITIES Tender No... County

More information

INDIAN INSTITUTE OF TECHNOLOGY INDORE

INDIAN INSTITUTE OF TECHNOLOGY INDORE INDIAN INSTITUTE OF TECHNOLOGY INDORE Notice Inviting Tender 1. Item rate tenders are invited from eligible contractors registered/enlisted with Central Government Departments/State Government Departments/

More information

India Tender. Construction - I VOLUME

India Tender. Construction - I VOLUME 8th Floor, Block No. 18, Udyog Bhavan, Sector-11, Gandhinagar, Gujarat, India-382017. Tel :+91-79-23232701/4 Fax : +91-79-23222481 email: garud.gandhinagar@gmail.com ====== ========= ========== =========

More information

Development of Automation Software for Bodoland University

Development of Automation Software for Bodoland University BODOLAND UNIVERSITY KOKRAJHAR-783370, BTAD (ASSAM) Expression of Interest For Development of Automation Software for Bodoland University (EOI. BU/SystAdmin/UAS/2017/02) Bodoland University Kokrajhar-783370,

More information

PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO. D111 CO / KWL/ 1501 JOB NO.

PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO. D111 CO / KWL/ 1501 JOB NO. REPUBLIC OF KENYA MINISTRY OF LAND, HOUSING AND URBAN DEVELOPMENT STATE DEPARTMENT OF LAND PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO.

More information

OFFERS ARE INVITED FOR MANAGEMENT OF LOYALTY CARDS PROGRAM FOR CITCO S HOTEL MOUNTVIEW

OFFERS ARE INVITED FOR MANAGEMENT OF LOYALTY CARDS PROGRAM FOR CITCO S HOTEL MOUNTVIEW Chandigarh Industrial & Tourism Development Corporation Limited Regd Office: SCO 121-122, Sector 17-B, Chandigarh 160017 Phone No. 0172 4644430-31-32-33-34, 2704761, Fax No. 0172-4644441 Email: info@citcochandigarh.com,

More information

Ref.No.Q002/M(P)/HAND SANITIZER/TNMSC/2016 Date :

Ref.No.Q002/M(P)/HAND SANITIZER/TNMSC/2016 Date : TAMILNADU MEDICAL SERVICES CORPORATION LIMITED (A Government of Tamilnadu Undertaking) 417, Pantheon Road, Egmore, Chennai 600 008. Phone: 044-2819 1890, 2819 0259/ Fax: 044-2819 0636 Website: www.tnmsc.com

More information

PROPOSED STORAGE FACILITIES AND COMMERCIAL OFFICES AT ELDORET

PROPOSED STORAGE FACILITIES AND COMMERCIAL OFFICES AT ELDORET PROPOSED STORAGE FACILITIES AND COMMERCIAL OFFICES AT ELDORET SPECIFICATIONS AND BILLS OF QUANTITIES FOR ELECTRICAL INSTALLATION CLIENT Kenya Power and Lighting Co. Ltd. P. O. Box 30099-00100 NAIROBI ARCHITECT:

More information

TENDER DOCUMENT FOR REF: BNS/P&E/2018/RDCC

TENDER DOCUMENT FOR REF: BNS/P&E/2018/RDCC TENDER DOCUMENT FOR DESIGN, MANUFACTURE, SUPPLY, LABOUR JOB FOR INSTALLATION, TESTING AND COMMISSIONING OF MECHANICAL & ELECTRICAL EQUIPMENT FOR MILK RECEPTION, REFRIGERATION, BOILER, EFFLUENT TREATMENT

More information

EoI No.: WAP/H-3082/CSEZ/ /17; Dated September 15, 2018 NOTICE INVITING. EXPRESSION OF INTEREST (EoI) for

EoI No.: WAP/H-3082/CSEZ/ /17; Dated September 15, 2018 NOTICE INVITING. EXPRESSION OF INTEREST (EoI) for Price Rs.3,000/- (Non-refundable) ISO 9001: 2008 Consultancy Services Engineering, Procurement & Construction (EPC) EoI No.: WAP/H-3082/CSEZ/2018-19/17; Dated September 15, 2018 NOTICE INVITING EXPRESSION

More information

EoI No.: WAP/H-3082/CSEZ/ /15; Dated September 15, 2018 NOTICE INVITING. EXPRESSION OF INTEREST (EoI) for

EoI No.: WAP/H-3082/CSEZ/ /15; Dated September 15, 2018 NOTICE INVITING. EXPRESSION OF INTEREST (EoI) for Price Rs.3,000/- (Non-refundable) ISO 9001: 2008 Consultancy Services Engineering, Procurement & Construction (EPC) EoI No.: WAP/H-3082/CSEZ/2018-19/15; Dated September 15, 2018 NOTICE INVITING EXPRESSION

More information

NAIROBI CITY COUNTY BID DOCUMENT FOR INSTALLATION OF LIGHTS AT PELICAN CROSSING POINTS ON SELECTED LOCATIONS WITHIN THE CBD

NAIROBI CITY COUNTY BID DOCUMENT FOR INSTALLATION OF LIGHTS AT PELICAN CROSSING POINTS ON SELECTED LOCATIONS WITHIN THE CBD NAIROBI CITY COUNTY BID DOCUMENT FOR INSTALLATION OF LIGHTS AT PELICAN CROSSING POINTS ON SELECTED LOCATIONS WITHIN THE CBD TENDER No. NCC/T/RPW&T/205/2017- Chief officer Roads, Public works and Transport

More information

IDA Credit Number: #0146-IN. June-2018.

IDA Credit Number: #0146-IN. June-2018. GUJARAT ECOLOGY COMMISSION [GOVERNMENT OF GUJARAT] GUJARAT STATE PROJECT MANAGEMENT UNIT [SPMU] INTEGRATED COASTAL ZONE MANAGEMENT PROJECT (ICZMP) NATIONAL COMPETITIVE BIDDING (NCB) CONSTRUCTION OF A MANGROVE

More information

NOTICE INVITING TENDER Notice Inviting Tender No. 59/WBTDCL OF (Technical) 1. Name of The Work. :- See ANNEXURE A.

NOTICE INVITING TENDER Notice Inviting Tender No. 59/WBTDCL OF (Technical) 1. Name of The Work. :- See ANNEXURE A. West Bengal Tourism Development Corporation Llimited (A Govt. of West Bengal Undertaking) Udayachal Tourist lodge (1 st Floor), DG Block, Sector II, Kolkata- 700091 Phones: 033 2359 7250, Fax : 033-2359-8292

More information

REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES)

REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES) REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES) TENDER DOCUMENT FOR CONSTRUCTION OF BIOSAFETY LEVEL II LABORATORY (BSL II) (PUBLIC HEALTH LABORATORY) AT MOI TEACHING REFERRAL

More information

CIVIL DEPARTMENT. Name of the Work-RW: - GI Chainlink fencing. Name of the Bidder: - Address: - Phone No.: - Mobile: - -

CIVIL DEPARTMENT. Name of the Work-RW: - GI Chainlink fencing. Name of the Bidder: - Address: - Phone No.: - Mobile: -   - Rs. 500.00/- CIVIL DEPARTMENT Name of the Work-RW: - GI Chainlink fencing Name of the Bidder: - Address: - Phone No.: - Mobile: - Email: - (Employer) Invitation of tenders for GI Chainlink fencing Ref.

More information

REPUBLIC OF KENYA COUNTY GOVERNMENT OF KIRINYAGA

REPUBLIC OF KENYA COUNTY GOVERNMENT OF KIRINYAGA REPUBLIC OF KENYA COUNTY GOVERNMENT OF KIRINYAGA NOMINATED SUB-CONTRACT TENDER DOCUMENT FOR THE PROPOSED MEDICAL COMPLEX - PHASE 1 AT KERUGOYA COUNTY HOSPITAL IN KERUGOYA TOWN, KIRINYAGA COUNTY ERECTION

More information

Bangalore International Airport Limited INFORMATION DOCUMENT REQUEST FOR PROPOSAL (RFP) For

Bangalore International Airport Limited INFORMATION DOCUMENT REQUEST FOR PROPOSAL (RFP) For Bangalore International Airport Limited INFORMATION DOCUMENT ON REQUEST FOR PROPOSAL (RFP) For ENGAGING DESIGN CONSULTANT TO PROVIDE DESIGN SERVICES FOR INTERIM TERMINAL1 (T1) IMPROVEMENTS (SWEAT) AT KEMPEGOWDA

More information

NATIONAL INSTITUTE OF TECHNOLOGY TIRUCHIRAPPALLI , TAMIL NADU Web site:

NATIONAL INSTITUTE OF TECHNOLOGY TIRUCHIRAPPALLI , TAMIL NADU Web site: NATIONAL INSTITUTE OF TECHNOLOGY TIRUCHIRAPPALLI - 620 015, TAMIL NADU Web site: www.nitt.edu TENDER FOR PRINTING AND SUPPLY OF MONTHLY SHEET CALENDAR 2018 BID SYNOPSIS Tender Reference Number and Date:

More information

Tender Document Fees in Rs. Date of Issue of Tender Document 1000/- 25/09/ /10/2015

Tender Document Fees in Rs. Date of Issue of Tender Document 1000/- 25/09/ /10/2015 INDIAN INSTITUTE OF TROPICAL METEOROLOGY ( IITM) PASHAN, PUNE-411 008 e-tender NOTICE Director, Indian Institute of Tropical Meteorology, Dr. Homi Bhabha Road, Pashan, Pune-411 008, (India). Invites sealed

More information

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYANDARUA

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYANDARUA REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYANDARUA DEPARTMENT OF ROADS, PUBLIC WORKS & TRANSPORT PROPOSED COSTRUCTION AND COMPLETION OF TYPE DISPENSARIES & ASSOCIATED EXTERNAL WORKS FOR THE MIN. OF HEALTH

More information

Proforma I. Name of work : Main plant street lighting and area lighting at KKNPP site. S.No Subject Details

Proforma I. Name of work : Main plant street lighting and area lighting at KKNPP site. S.No Subject Details NUCLEAR POWER CORPORATION OF INDIA LTD (A Government of India Enterprise) KUDANKULAM NUCLEAR POWER PROJECT Kudankulam PO, Radhapuram Taluk, Tirunelveli Dist Tamil Nadu 627 106. Phone: 04637 282334, 282308,

More information

NOTICE INVITING TENDER (NIT) (e-tender)

NOTICE INVITING TENDER (NIT) (e-tender) NOTICE INVITING TENDER (NIT) (e-tender) 1.1 GENERAL 1.1.1 Name of Work: Delhi Metro Rail Corporation (DMRC) Ltd. invites Open e-tenders (2-packet) from ISA firms who are empanelled in RDSO ISA panel for

More information

CHHATTISGARH SWAMI VIVEKANAND TECHNICAL UNIVERSITY, BHILAI

CHHATTISGARH SWAMI VIVEKANAND TECHNICAL UNIVERSITY, BHILAI CHHATTISGARH SWAMI VIVEKANAND TECHNICAL UNIVERSITY, BHILAI Newai, P.O. Newai Disstt. Durg, PIN 491107 Ph. No. : 0788-2200062, Fax No. : 0788-22445020, Website: www.csvtu.ac.in, E-mail : registrar@csvtu.ac.in

More information

2 Name of work Construction of Neutronics Laboratory Building and allied works at Institute for Plasma Research (IPR), Bhat, Gandhinagar.

2 Name of work Construction of Neutronics Laboratory Building and allied works at Institute for Plasma Research (IPR), Bhat, Gandhinagar. Part B Notice Inviting e-tender (NIT) - Detailed Tender Notice E-Tender No.IPR/TN/CIVIL-PR/ Two bid/09/2016 dated 04.04.2016 (Two Bid System) : Tender notice for Construction of Neutronics Laboratory Building

More information

PREQUALIFICATION DOCUMENT FOR SUPPLY OF DISPENSERS, DRINKING WATER AND DISPOSABLE - TENDER NO KENAS NO/28/2013/2015

PREQUALIFICATION DOCUMENT FOR SUPPLY OF DISPENSERS, DRINKING WATER AND DISPOSABLE - TENDER NO KENAS NO/28/2013/2015 PREQUALIFICATION DOCUMENT FOR SUPPLY OF DISPENSERS, DRINKING WATER AND DISPOSABLE - TENDER NO KENAS NO/28/2013/201 KENYA ACCREDITATION SERVICE P.O BOX 47400-00100 NAIROBI KENYA Tel: 0787 39 679 or 072

More information

DELHI METRO RAIL CORPORATION LIMITED KOCHI METRO RAIL PROJECT

DELHI METRO RAIL CORPORATION LIMITED KOCHI METRO RAIL PROJECT DELHI METRO RAIL CORPORATION LIMITED KOCHI METRO RAIL PROJECT CONSTRUCTION OF BOUNDARY WALL, ROAD DIVERSION WORKS AND MASS EARTH FILLING AT MUTTOM DEPOT ON ALWAYE- PETTA LINE FOR KOCHI METRO RAIL PROJECT

More information

REPUBLIC OF KENYA RIFT VALLEY WATER SERVICE BOARD TULWOPSOO-LONTRIM WATER SUPPLY (PRIORITY FUND PROGRAMME) TENDER No: RVWSB// TUL-LON /PPP /

REPUBLIC OF KENYA RIFT VALLEY WATER SERVICE BOARD TULWOPSOO-LONTRIM WATER SUPPLY (PRIORITY FUND PROGRAMME) TENDER No: RVWSB// TUL-LON /PPP / REPUBLIC OF KENYA RIFT VALLEY WATER SERVICES BOARD TULWOPSOO-LONTRIM WATER SUPPLY (PRIORITY FUND PROGRAMME) TENDER No: RVWSB// TUL-LON /PPP /2016-2017 TENDER DOCUMENT EMPLOYER PROJECT MANAGER RIFT VALLEY

More information

DELHI METRO RAIL CORPORATION LIMITED

DELHI METRO RAIL CORPORATION LIMITED DELHI METRO RAIL CORPORATION LIMITED (A Joint Venture of Govt. of India & GNCTD) MASS RAPID TRANSPORT SYSTEM Construction of North East Entry Structure (Excluding subway Box) at South Extension Station

More information

Supply of Digital Rebound Hammer at College of Engineering Pune

Supply of Digital Rebound Hammer at College of Engineering Pune College of Engineering Pune - 411 005 INVITATION OF TENDER For Supply of Digital Rebound Hammer at College of Engineering Pune Cost of document Rs. 1000/- (Non refundable) Page 1 of 12 COLLEGE OF ENGINEERING

More information

NOTICE INVITING TENDER (e-tender) AMC of IT Equipment (Computers, Associated Peripherals and Servers) (Tender: AMC17)

NOTICE INVITING TENDER (e-tender) AMC of IT Equipment (Computers, Associated Peripherals and Servers) (Tender: AMC17) NOTICE INVITING TENDER (e-tender) AMC of IT Equipment (Computers, Associated Peripherals and Servers) (Tender: AMC17) Web Site : www.delhimetrorail.com 1.1.1 Name of Work: NOTICE INVITING TENDER (e-tender)

More information

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016.

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016. TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). TENDER NUMBER: TSC/DISP/02/2015-2016 CLOSING DATE: FRIDAY, 1 ST APRIL 2016. Teachers Service Commission

More information

DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi)

DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi) DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi) SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF ENERGY METERS IN VARIOUS ELECTRICAL SYSTEMS AT STATIONS & DEPOT

More information

THE TAMIL NADU TRANSPARENCY IN TENDERS RULES, 2000

THE TAMIL NADU TRANSPARENCY IN TENDERS RULES, 2000 THE TAMIL NADU TRANSPARENCY IN TENDERS RULES, 2000 THE TAMIL NADU TRANSPARENCY IN TENDERS RULES, 2000 CHAPTER RULES CONTENT I. PRELIMINARY 1. Short tile, extent and commencement 2. Definitions II. GENERAL

More information

NOTICE INVITING QUOTATIONS. File No. NITT/F.No. 020/PROJ/ /DAC Date:

NOTICE INVITING QUOTATIONS. File No. NITT/F.No. 020/PROJ/ /DAC Date: NATIONAL INSTITUTE OF TECHNOLOGY, TIRUCHIRAPPALLI - 620 015 DEPARTMENT OF ACADEMIC OFFICE NOTICE INVITING QUOTATIONS File No. NITT/F.No. 020/PROJ/2018-19/DAC Date: 10.10.2018 To Sealed quotations are invited

More information

TENDER SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE AND ACCESS CONTROL SYSTEM

TENDER SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE AND ACCESS CONTROL SYSTEM THE KENYATTA INTERNATIONAL CONVENTION CENTRE TENDER SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE AND ACCESS CONTROL SYSTEM KENYATTA INTERNATIONAL CONVENTION CENTRE KICCBUILDING

More information

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 (JAN 2017 DEC 2018) PRE QUALIFICATION DOCUMENT Stima Plaza, Kolobot Road, P.O. Box 1548-00600 Nairobi,

More information

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD-070-2018 TENDER FOR STRUCTURAL REHABILITATION OF OLKARIA II GEOTHERMAL POWER STATION (OPEN NATIONAL) Kenya Electricity Generating Company Limited Stima

More information

PRINTING OF DIARY PART A (Technical Bid)

PRINTING OF DIARY PART A (Technical Bid) PRINTING OF DIARY 2018 PART A (Technical Bid) This document consists of the following: a. Notice Inviting Tender from Empanelled Printers / Suppliers. b. General Rules and Instructions to the Empanelled

More information

Supply of Office Furniture, Fittings, Furnishings & other Equipments.

Supply of Office Furniture, Fittings, Furnishings & other Equipments. The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

VADODARA SMART CITY DEVELOPMENT LTD.

VADODARA SMART CITY DEVELOPMENT LTD. VADODARA SMART CITY DEVELOPMENT LTD. www.vmc.gov.in Expression of Interest for Empanelment of Chartered Accountants for providing Internal Audit & Other Financial Services to Vadodara Smart City Development

More information

KARNATAKA POWER CORPORATION LTD TENDER DOCUMENT

KARNATAKA POWER CORPORATION LTD TENDER DOCUMENT KARNATAKA POWER CORPORATION LTD Tender Notification No: KPCL/2016-17/PS/WORK_INDENT4822 Date:21-07-2016 (Through e-procurement portal only) TENDER DOCUMENT Name of Work: Consultancy Services for Conducting

More information

ROADS AND FLEET MANAGEMENT DEPARTMENT

ROADS AND FLEET MANAGEMENT DEPARTMENT ROADS AND FLEET MANAGEMENT DEPARTMENT TENDER NO. KWS/OT/R&F/22/2017 2018 ROUTINE MAINTENANCE OF JUNCT A109 CHYULU HILLS ROAD(E1819) IN CHYULU NATIONAL PARK February 2018 (Persons With Disability) HEAD,

More information

Scanned by CamScanner

Scanned by CamScanner Scanned by CamScanner No. (Office of Secretary) NOIDA SPORTS TRUST Noida Stadium, Sector 21A, NOIDA *** TENDER DOCUMENT Tender for the provision for catering services for Noida Stadium The Noida Sports

More information

FACT RCF BUILDING PRODUCTS LTD (A Joint Venture of FACT & RCF, Both Government of India Enterprises)

FACT RCF BUILDING PRODUCTS LTD (A Joint Venture of FACT & RCF, Both Government of India Enterprises) FACT RCF BUILDING PRODUCTS LTD (A Joint Venture of FACT & RCF, Both Government of India Enterprises) NAME OF WORK: Construction of Walkway and Infrastructural facilities to Kallidumbil-Aattutheeram in

More information

BANK OF BARODA BOB TOWERS, ZONAL OFFICE GUJARAT OPERATIONS OPP LAW GARDEN, ELLISBRIDGE AHMEDABAD

BANK OF BARODA BOB TOWERS, ZONAL OFFICE GUJARAT OPERATIONS OPP LAW GARDEN, ELLISBRIDGE AHMEDABAD BANK OF BARODA BOB TOWERS, ZONAL OFFICE GUJARAT OPERATIONS OPP LAW GARDEN, ELLISBRIDGE AHMEDABAD 380 006. TENDER FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF VISITOR'S MANAGEMENT SYSTEM AT BOB

More information

COUNTY GOVERNMENT OF NYERI

COUNTY GOVERNMENT OF NYERI COUNTY GOVERNMENT OF NYERI WHEN REPLYING PLEASE QUOTE OUR REFERENCE NO AND DATE. ALL CORRESPONDENCES TO BE ADDRESSED TO THE COUNTY SECRETARY OR THE CHIEF OFFICERS OF DEPARTMENTS P.o. Box 1112-10100 NYERI

More information

NOTICE INVITING QUOTATION

NOTICE INVITING QUOTATION NOTICE INVITING QUOTATION Sealed tenders under two bid (technical and financial) system are hereby invited from experienced service providers for providing the CCTV surveillance system in various Examination

More information

/Institute of Physics /Sachivalaya marg / Bhubaneswar

/Institute of Physics /Sachivalaya marg / Bhubaneswar PART-I Section-I /Institute of Physics /Sachivalaya marg / /NOTICE INVITING TENDER /Tender No. NIT/IOP/03/2013-14 Description of the Services: Supply, Installation, Testing and Commissioning of 15TR scroll

More information

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010 The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

FACT RCF BUILDING PRODUCTS LTD (A Joint Venture of FACT & RCF, Both Government of India Enterprises)

FACT RCF BUILDING PRODUCTS LTD (A Joint Venture of FACT & RCF, Both Government of India Enterprises) FACT RCF BUILDING PRODUCTS LTD (A Joint Venture of FACT & RCF, Both Government of India Enterprises) NAME OF WORK: Various works @ Utsava madom building at North Nada of Sree Padmanabha Swami Temple, Thiruvananthapuram

More information

BAIF Institute for Sustainable Livelihoods and Development Lachhakadi, PO Gangpur, Vansda, Navsari Tel.: TENDER FOR

BAIF Institute for Sustainable Livelihoods and Development Lachhakadi, PO Gangpur, Vansda, Navsari Tel.: TENDER FOR BAIF Institute for Sustainable Livelihoods and Development Lachhakadi, PO Gangpur, Vansda, Navsari 396580 Tel.: 02630 244005 TENDER FOR WATERPROOFING/REPAIRS OF BUILDINGS AT KAPRADA (DIST: VALSAD) FOR

More information

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GT

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GT KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GT-012-2017 Tender for Re-location of One GE Frame 6 Gas Turbine Plant from Embakasi in Nairobi to Muhoroni near Kisumu. Scope :( Dismantling, Transportation,

More information

INDIAN INSTITUTE OF TROPICAL METEOROLOGY PASHAN, PUNE Tender No. CE/IITM/Project/Conf./Interior/ /02 e-tender NOTICE

INDIAN INSTITUTE OF TROPICAL METEOROLOGY PASHAN, PUNE Tender No. CE/IITM/Project/Conf./Interior/ /02 e-tender NOTICE INDIAN INSTITUTE OF TROPICAL METEOROLOGY PASHAN, PUNE-411 008 Tender No. CE/IITM/Project/Conf./Interior/2012-13/02 e-tender NOTICE Director, Indian Institute of Tropical Meteorology, Dr. Homi Bhabha Road,

More information

Tender for Engagement of Chartered Accountant CONTENTS

Tender for Engagement of Chartered Accountant CONTENTS Date Sri Aurobindo Marg, New Delhi 110016 Bidding/TENDER DOCUMENT Tender for Engagement of Chartered Accountant CONTENTS Page Contents no. 1-2 Invitation for bid 3 Procedures for submission of bid 3 Amendment

More information

Invitation For Expression Of Interest For Providing Project Management Consultancy Services At Vidyasagar Industrial Park at Kharagpur In West Bengal

Invitation For Expression Of Interest For Providing Project Management Consultancy Services At Vidyasagar Industrial Park at Kharagpur In West Bengal Invitation For Expression Of Interest For Providing Project Management Consultancy Services At Vidyasagar Industrial Park at Kharagpur In West Bengal INTRODUCTION West Bengal Industrial Development Corporation

More information

BIDDING DOCUMENT FOR PROCUREMENT OF CONSULTANCY WORK

BIDDING DOCUMENT FOR PROCUREMENT OF CONSULTANCY WORK BIDDING DOCUMENT FOR PROCUREMENT OF CONSULTANCY WORK 1 PIMPRI-CHINCHWAD NEW TOWN DEVLOPMENT AUTHORITY NIGDI, PUNE 411 044 Tender inviting for appointment of consultants for preparing GAD and Junction Design

More information

NAIROBI CITY COUNTY TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH ROOF SPACE HALL AT LAND MAWE WARD.

NAIROBI CITY COUNTY TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH ROOF SPACE HALL AT LAND MAWE WARD. NAIROBI CITY COUNTY Telephone: 020 344194 web: www.nairobi.go.ke City Hall, P. O. Box 30075-00100, Nairobi, KENYA. TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH

More information

Ref No. MAIN-MEP0STN(WO)/1/2017-ELE-MEP 19 th April 2017

Ref No. MAIN-MEP0STN(WO)/1/2017-ELE-MEP 19 th April 2017 Ref No. MAIN-MEP0STN(WO)/1/2017-ELE-MEP 19 th April 2017 Subject: Invitation for sealed quotation for Procurement of Online complaint monitoring & Maintenance system Andriod/iOS app for CMRL Chennai Metro

More information

Dr. Ram Manohar Lohiya National Law University, Lucknow

Dr. Ram Manohar Lohiya National Law University, Lucknow Dr. Ram Manohar Lohiya National Law University, Lucknow Short-term tender notice For empanelment of advertising agencies Tender is invited from reputed Indian Newspaper Society (INS) accredited advertising

More information

institutions and Public Sector Undertakings for similar works.

institutions and Public Sector Undertakings for similar works. Limited Cuffe Parade, Mumbai 400 005 Ph: (022) 6655 3355; Fax: (022) 2218 0411 Notice inviting tender for Architects / Consultants for Electrical, HVAC and Allied Works at IDBI Office building at CBD Belapur,

More information

ETHICS AND ANTI-CORRUPTION COMMISSION

ETHICS AND ANTI-CORRUPTION COMMISSION ETHICS AND ANTI-CORRUPTION COMMISSION TENDER DOCUMENT FOR PROPOSED OFFICE PARTITIONING AND REFURBISHMENT TO ETHICS AND ANTI- CORRUPTION COMMISSION OFFICES ON 1ST FLOOR, CENTRAL SQUARE BUILDING, KISUMU

More information

STATE BANK OF INDIA, LOCAL HEAD OFFICE, LUCKNOW

STATE BANK OF INDIA, LOCAL HEAD OFFICE, LUCKNOW STATE BANK OF INDIA, LOCAL HEAD OFFICE, LUCKNOW REQUEST FOR EXPRESSION OF INTEREST FOR EMPANELMENT OF VENDORS FOR LAN/DATA CABLING WORK IN THE BRANCHES/AOs/SBLCs OF LUCKNOW, CIRCLE EOI REFERENCE NO. :

More information

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD., (SBIIMS) (WHOLLY OWNED SUBSIDIARY OF SBI) INVITES TENDERS ON BEHALF OF SBI, HYDERABAD.

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD., (SBIIMS) (WHOLLY OWNED SUBSIDIARY OF SBI) INVITES TENDERS ON BEHALF OF SBI, HYDERABAD. NIT NO SBIIMS/263/2018 DATE 20/11/2018 SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD., (SBIIMS) (WHOLLY OWNED SUBSIDIARY OF SBI) INVITES TENDERS ON BEHALF OF SBI, HYDERABAD. IN A SINGLE BID PROCESS. FOR Repairing

More information

SIMLAW Seed CoMpAny LIMIted

SIMLAW Seed CoMpAny LIMIted SIMLAW Seed CoMpAny LIMIted TENDER DOCUMENT TENDER FOR SALE OF BOARDED MOTOR VEHICLES AND BEANS TENDER REF: SSC/T/DC/10/2018/2019 TENDER CLOSING & OPENING DATE: -16 th NOVEMBER, 2018 SIMLAW SEED COMPANY

More information

Subject: Tender for Manufacturing and Supply of Self Adhesive Stickers under two bid system (technical bid and financial bid) -reg

Subject: Tender for Manufacturing and Supply of Self Adhesive Stickers under two bid system (technical bid and financial bid) -reg F 43-141/2013/NIOS/Admn./Pur 13 th May, 2013 To Subject: Tender for Manufacturing and Supply of Self Adhesive Stickers under two bid system (technical bid and financial bid) -reg Dear Sir/Madam, National

More information

TECHNICAL BID. UTI Infrastructure Technology And Services Ltd.

TECHNICAL BID. UTI Infrastructure Technology And Services Ltd. Page No. 1/13 TECHNICAL BID UTI Infrastructure Technology And Services Ltd. Tender Notice ***** On behalf of our client, we hereby invite sealed tenders in Two Bid Systems comprising of (a) Technical Bid

More information

WEST BENGAL STATE ELECTIRCITY DISTRIBUTION COMPANY LIMITED

WEST BENGAL STATE ELECTIRCITY DISTRIBUTION COMPANY LIMITED WEST BENGAL STATE ELECTIRCITY DISTRIBUTION COMPANY LIMITED SECURITY AND LOSS PREVENTION DEPARTMENT TENDER NOTICE NO. S&LP/Estb./Manpower/Tender/ 168 Date: 08.05.2018 Tender for finalization of hiring of

More information

Design and Build of Passenger Terminal Building North Extension At Macau International Airport (RFQ-198) Section 1 Instruction to Bidders

Design and Build of Passenger Terminal Building North Extension At Macau International Airport (RFQ-198) Section 1 Instruction to Bidders At Macau International Airport (RFQ-198) Section 1 Instruction to Bidders Table of Contents Page S.1/ Section 1 - Instruction to Bidders ( ITB )... 3 1. Introduction... 3 2. Eligibility of Bidders... 3

More information

RE-TENDER NOTICE FOR PROVIDING THE SERVICE OF PHOTO COPIER

RE-TENDER NOTICE FOR PROVIDING THE SERVICE OF PHOTO COPIER 1 Employees State Insurance Corporation Model Hospital (Ministry of Labour & Employment, Govt. of India) Rajaji Nagar, Bangalore - 10 Ph No.: 080-23320271/272 Fax: 080-23325130 No. 53210/ESICMH/NR/Tender/2014-

More information

KARNATAKA POWER CORPORATION LIMITED (A Government of Karnataka Enterprise) Abstract Bid Notification. (Two Cover System)

KARNATAKA POWER CORPORATION LIMITED (A Government of Karnataka Enterprise) Abstract Bid Notification. (Two Cover System) (A Government of Karnataka Enterprise) Abstract Bid Notification (Two Cover System) Through e-procurement Portal only Bid No.: LO/CSD/AutoCAD/457 Date: 18.03.2016 Bids are invited through e-procurement

More information

NOTICE INVITING TENDER

NOTICE INVITING TENDER NOTICE INVITING TENDER Page 1 of 5 NOTICE INVITING TENDER (NIT) (e-tender) Notice No. DMRC/S&T/Tele/EPABX/AMC/17-19 1.1 GENERAL Name of Work: Provision of EPABX in the DMRC office at NBCC and Comprehensive

More information

FRANCHISING OF OPERATION AND MAINTENANCE OF PARKING AREA AT BOAT HOUSE, OOTY

FRANCHISING OF OPERATION AND MAINTENANCE OF PARKING AREA AT BOAT HOUSE, OOTY TAMILNADU TOURISM DEVELOPMENT CORPORATION LIMITED DOCUMENT NO: 275/RM(N)/OOTY/2018 TENDER DOCUMENT FRANCHISING OF OPERATION AND MAINTENANCE OF PARKING AREA AT BOAT HOUSE, OOTY CONTENTS 01 TENDER NOTICE

More information

HOSTEL - HOUSE KEEPING

HOSTEL - HOUSE KEEPING HOSTEL - HOUSE KEEPING Invitation for Tender Name of the Work-: Cleaning of Hostel buildings, sanitary annexes, bathrooms & Hostel campus and run the hot bath section. Detailed list enclosed herewith.

More information

EMPANELMENT OF CONTRACTORS FOR CIVIL WORKS Metropolitan Oil & Gas Pvt. Ltd.

EMPANELMENT OF CONTRACTORS FOR CIVIL WORKS Metropolitan Oil & Gas Pvt. Ltd. EMPANELMENT OF CONTRACTORS FOR CIVIL WORKS Metropolitan Oil & Gas Pvt. Ltd. Corporate Office: 326 Udyog Vihar, Phase IV, Gurgaon, Haryana - 122015 Tel: 0124-4309721, 4309724 Fax: 0124-4309725 Field Office:

More information

South Bengal State Transport Corporation (A Government of West Bengal Undertaking )

South Bengal State Transport Corporation (A Government of West Bengal Undertaking ) TENDER DOCUMENTS OF NEW SILENT DIESEL GENERATOR SET Tender no & Date SBSTC/E-TND/Generator/17-18 Dt. 31.08.2017 Name of the work Specification Availability of Tender Documents Last date for submission

More information

NTA Metropolitan Mass Transit System. To: All Bidders Re: Tender 055/2017 for the Signaling and Train Control of the Red Line Project. Addendum No.

NTA Metropolitan Mass Transit System. To: All Bidders Re: Tender 055/2017 for the Signaling and Train Control of the Red Line Project. Addendum No. Date: 12 th July 2017 #1069265 To: All Bidders Re: Tender 055/2017 for the Signaling and Train Control of the Red Line Project Addendum No. 5 Addendum no. 5 is issued for inclusion into the tender documents.

More information

National Institute of Technology, Warangal.

National Institute of Technology, Warangal. NIT Warangal, No. NITW/CS/VR/2016-17/ Dt. 25.05.2016. Empanelment of Vendors Offer for the registration / empanelment of Vendors, are invited from the interested firms/companies who are in the business

More information

TENDER DOCUMENT FOR HPL INTERNAL AUDITOR

TENDER DOCUMENT FOR HPL INTERNAL AUDITOR HINDUSTAN PREFAB LIMITED TENDER DOCUMENT FOR HPL INTERNAL AUDITOR IN JANGPURA, NEW DELHI NIT No. HPL/DGM(C)/TC/IA/2016-17/109 dt:11.01.2017 OPENING DATE FOR SUBMISSION OF TENDER : Jan 11, 2017 CLOSING

More information

INDIAN INSTITUTE OF TECHNOLOGY INDORE

INDIAN INSTITUTE OF TECHNOLOGY INDORE INDIAN INSTITUTE OF TECHNOLOGY INDORE Notice Inviting Tender 1.0 Tenders are invited on the behalf of the Director, IIT Indore, for the following work from eligible contractors registered/enlisted with

More information

3. BIDDERS QUALIFICATION CRITERIA

3. BIDDERS QUALIFICATION CRITERIA 3. BIDDERS QUALIFICATION CRITERIA Section VII Forms and Procedures Page 1 of 25 3. BIDDERS QUALIFICATION CRITERIA 1. QUALIFICATION CRITERIA 1.1 Prequalification will be based on meeting all the following

More information

POLICY ON UNISA PUBLIC TENDERS Overview

POLICY ON UNISA PUBLIC TENDERS Overview POLICY ON UNISA PUBLIC TENDERS Overview Preamble UNISA invites suppliers to tender for the supply of goods and services where the proposed contract amount is R500 000 or more (amount annually updated for

More information

Indian Overseas Bank Printing and Stationery Department No.314, T.T.K Road, Alwarpet, Chennai Phone No ,

Indian Overseas Bank Printing and Stationery Department No.314, T.T.K Road, Alwarpet, Chennai Phone No , PRINTING & SUPPLY OF STAFF TRAINING TE BOOK PART A (Technical Bid) This document consists of the following: a. Notice Inviting Tender from Empanelled Vendors b. General Rules and Instructions to the Empanelled

More information

KARNATAKA POWER CORPORATION LTD TENDER DOCUMENT

KARNATAKA POWER CORPORATION LTD TENDER DOCUMENT KARNATAKA POWER CORPORATION LTD Tender Notification No: KPCL/2016-17/PS/WORK_INDENT5572 Date: 27-02-2017 (Through e-procurement portal only) TENDER DOCUMENT Name of Work: Design, manufacture, supply, delivery,

More information

Office of the Deputy Director of Horticulture(ZP) Ramanagara District. Tender Notification No. SADH/SS/R/Suptd/06/ Date:

Office of the Deputy Director of Horticulture(ZP) Ramanagara District. Tender Notification No. SADH/SS/R/Suptd/06/ Date: Office of the Deputy Director of Horticulture(ZP) Ramanagara District Tel : 080-272 04327 Website: http://horticulture.kar.nic.in Tender Notification No. SADH/SS/R/Suptd/06/ 2009-10 Date: 22.08.2009 TENDER

More information

MEMO NO. 02/KIT/CE/HOUSING SECTOR/KMDA/T-1 (13-14) Dt: Detailed e-tender Notice No. KMDA/HOUSING SECTOR/CE/NIT-21/

MEMO NO. 02/KIT/CE/HOUSING SECTOR/KMDA/T-1 (13-14) Dt: Detailed e-tender Notice No. KMDA/HOUSING SECTOR/CE/NIT-21/ OFFICE OF THE CHIEF ENGINEER KOLKATA METROPOLITAN DEVELOPMENT AUTHORITY (HOUSING SECTOR) ( ERSTWHILE KOLKATA IMPROVEMENT TRUST) P-16, INDIA EXCHANGE PLACE EXTENSION, KOLKATA -700 073. MEMO NO. 02/KIT/CE/HOUSING

More information

National Institute of Technology, Uttarakhand

National Institute of Technology, Uttarakhand National Institute of Technology, Uttarakhand EOI for Empanelment of Newspaper Agencies NIT Uttarakhand invites Expression of Interest (EOI) from reputed INS accredited newspaper agencies for empanelment

More information

INSTRUCTIONS TO TENDERERS

INSTRUCTIONS TO TENDERERS INSTRUCTIONS TO TENDERERS INVITATION TO TENDER FOR THE APPOINTMENT OF A PR AGENCY ON A PROJECT BASIS TO BRAND, POSITION AND PUBLICISE THE ASIA PACIFIC BREWERIES FOUNDATION SIGNATURE ART PRIZE 2014 FOR

More information

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UNIVERSITY OF EMBU REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UoEm/04/2017-2019 CLOSING DATE: APRIL 18TH 2017 AT 11.00 AM Table of Contents

More information

Subject: Tender for supply of Antivirus and Application Software under two bid system (technical bid and financial bid) -reg

Subject: Tender for supply of Antivirus and Application Software under two bid system (technical bid and financial bid) -reg F-43-95/2011/NIOS/Admn./Pur 16.7. 2012 M/s....... Subject: Tender for supply of Antivirus and Application Software under two bid system (technical bid and financial bid) -reg Dear Sir/Madam, National Institute

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

DELHI METRO RAIL CORPORATION LTD. (A JOINT VENTURE OF GOVT. OF INDIA AND GOVT. OF DELHI) TENDER NO. REP/MACHINES/DMRC/MB/2018

DELHI METRO RAIL CORPORATION LTD. (A JOINT VENTURE OF GOVT. OF INDIA AND GOVT. OF DELHI) TENDER NO. REP/MACHINES/DMRC/MB/2018 Rs. 23600/- (20000+3600) inclusive of 18% GST non refundable Serial No. DELHI METRO RAIL CORPORATION LTD. (A JOINT VENTURE OF GOVT. OF INDIA AND GOVT. OF DELHI) TENDER NO. REP/MACHINES/DMRC/MB/2018 TENDER

More information

IDBI Bank Limited Regd. Office : IDBI Tower, WTC Complex, Cuffe Parade, Mumbai CIN: L65190MH2004GOI148838

IDBI Bank Limited Regd. Office : IDBI Tower, WTC Complex, Cuffe Parade, Mumbai CIN: L65190MH2004GOI148838 Regd. Office : IDBI Tower, WTC Complex, Cuffe Parade, Mumbai 400005 CIN: L65190MH2004GOI148838 Supply of Packaged Drinking Water at IDBI Tower, Mumbai Applications are invited for prequalification of vendors

More information